Ice Rink Construction Work Belfast
Dundonald International Ice Bowl – Specialist Ice Contract.
United Kingdom-Belfast: Ice rink construction work
2014/S 097-169133
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Castlereagh Borough Council
Civic Centre, 1 Bradford Court, Upper Galwally
Contact point(s): McAdam Design, 1c Montgomery House, Castlereagh Business Park, 478 Castlereagh Road, BT5 6BQ
For the attention of: Stephen Wright
BT8 6RB Belfast
UNITED KINGDOM
E-mail: swright@mcadamdesign.co.uk
Internet address(es):
General address of the contracting authority: http://www.castlereagh.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
NUTS code UKN
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Council plans to construct a new standalone leisure facility adjacent to the existing facility at the DIIB site. A full planning application has been submitted for a circa 17,000 sqm leisure complex at DIIB. The new facilities will include the following, together (the New Facilities):
— 60 x 30m ice rink suitable for ice hockey, figure and leisure skating;
— 24 lane ten-pin bowling centre;
— Fitness gym;
— Fitness studio;
— Multi-purpose function rooms/studio/party rooms;
— Restaurant (short order type);
— Café/Social hub space;
— Climbing centre combining artificial climbing walls and ‘clip-n-climb’;
— Health and well-being centre;
— 12 court sports hall; and
— Kids soft play zone.
It is the Council’s intention to shortly commence a procurement process for the identification of a main contractor to construct the New Facilities. Hereafter, the contract for the construction of the New Facilities is referred to as the “Main Contract”.
The purpose of the current procurement exercise is to identify a specialist ice contractor with whom the Council will enter into a contract to provide specialist consultancy support on the integration of the ice rink into the New Facilities and thereafter to supply and install the Olympic size ice rink (the Ice Contract). The Ice Contract will take the form of an NEC Option A contract.
The Ice Contract will require the provision of the following elements:
— Refrigeration system;
— Heat recovery systems;
— Header and ice pad pipework, glycol circuit pipes, insulation, vapour membranes and heat mat; and
— Jet Ice Reverse Osmosis system and water storage.
The successful Tenderer for the Ice Contract may also be required to attend workshops for the Main Contract, prior to the advertisement of the Main Contract in the Official Journal, to provide the Council with design and integration consultancy advice.
Candidates should note that it is currently envisaged that once the Main Contract for the New Facilities has been awarded, the Ice Contract will be novated from the Council to the contractor appointed to carry out the Main Contract (the Main Contractor). The Main Contractor will take responsibility for the management and delivery of all aspects of the New Facilities, including those elements to be delivered under the Ice Contract.
The existing complex at DIIB will remain operational throughout the duration of the Ice Contract and the Main Contract.
II.1.6)Common procurement vocabulary (CPV)
45212211, 42513000, 42530000, 31700000, 45350000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 800 000 and 1 100 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Candidates should note that the Ice Contract will be novated from the Council to the contractor appointed to the Main Contract as referred to in section II.1.5. Further information is available in the pre qualification documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the pre qualification questionnaire.
Candidates should note the Council requires a minimum turnover of GBP 1,000,000 in at least 1 of the last 3 financial years. Candidates should also note that any other sub-contractor either named in the response to the pre qualification questionnaire or who will be responsible for either the ice pad or the refrigeration system must also be able to demonstrate a similar turnover.
Candidates are also required to have in place/evidence that it will obtain insurance to the following levels:
Employer’s liability insurance – GBP 10,000,000.
Public liability insurance – GBP 10,000,000.
Professional indemnity insurance – GBP 5,000,000.
III.2.3)Technical capacity
In accordance with Regulation 25 of the Public Contracts Regulations and as set out in the pre qualification documents.
Minimum level(s) of standards possibly required:
As set out in section 7 of the pre qualification questionnaire.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As set out in section 7 of the pre qualification documents.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Candidates should supply to the Council a contact name, address and email when submitting a request for documents. Failure to do so may result in the candidate not receiving important information regarding such clarifications and/or permitted amendments, and the Council does not accept any liability in respect of any loss incurred as a result of a failure by candidates to provide a contact email address to the Council.
The Council shall not be responsible for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
All dates and time periods specified in this notice are provisional only and the Council reserves the right to change these.
The Council reserves the right to cancel this procurement at any stage.
All discussion and correspondence shall be deemed strictly subject to contract until the contract is entered into. The contract shall not be binding until it has been signed and dated by duly authorised representatives of both the Council and the successful Tenderer.
The value provided at section II.2.1 is an estimate only.
Candidates should note that variants will only be accepted when agreed in advance with the Council.
Candidates should note that as a result of the ongoing Review of Public Administration in Northern Ireland, the Council will cease to exist in its current form. The name of the successor body, which will come into existence in 2015, will be that as defined under the Review of Public Administration and any subsequent enabling legislation. It is likely that the Main Contract will be assigned to the successor body when it comes into existence.
VI.4.1)Body responsible for appeal procedures
High Court of Justice in Northern Ireland
The Royal Courts of Justice, Chichester Street
BT1 3JF Belfast
UNITED KINGDOM
VI.5)Date of dispatch of this notice: